SOLICITATION NOTICE
66 -- Triple-Quadrupole Mass Spectrometer
- Notice Date
- 8/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
- ZIP Code
- 61604
- Solicitation Number
- AG-63VY-S-09-0007
- Archive Date
- 9/24/2009
- Point of Contact
- Randall W Kiehne, Phone: 651-649-5047
- E-Mail Address
-
randy.kiehne@ars.usda.gov
(randy.kiehne@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- <!-- /* Style Definitions */ p.MsoNormal, li.MsoNormal, div.MsoNormal {mso-style-parent:""; margin:0in; margin-bottom:.0001pt; mso-pagination:widow-orphan; font-size:12.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} p.MsoBodyText, li.MsoBodyText, div.MsoBodyText {margin-top:0in; margin-right:0in; margin-bottom:6.0pt; margin-left:0in; mso-pagination:widow-orphan; font-size:12.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} p.MsoBodyTextIndent, li.MsoBodyTextIndent, div.MsoBodyTextIndent {margin-top:0in; margin-right:0in; margin-bottom:6.0pt; margin-left:.25in; mso-pagination:widow-orphan; font-size:12.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} p {mso-margin-top-alt:auto; margin-right:0in; mso-margin-bottom-alt:auto; margin-left:0in; mso-pagination:widow-orphan; font-size:12.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} @page Section1 {size:8.5in 11.0in; margin:1.0in 1.25in 1.0in 1.25in; mso-header-margin:.5in; mso-footer-margin:.5in; mso-paper-source:0;} div.Section1 {page:Section1;} --> The Department of Agriculture, Agricultural Research Service, Soils Management Unit, has a requirement for the supplies listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-63VY-S-09-0007. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing; business size standard is 500 employees. The Agricultural Research Service, Soils Management Unit, is soliciting for the following: Purchase of a Refurbished triple quadrupole mass spectrometer. These are the minimum requirements that must be met or exceeded and quote should include manufacturers published specifications for the following items: a fully supported active product; refurbished instruments must be current models that are certified by the original equipment manufacturer (OEM) with fully functional OEM licensed software and warranty (parts and labor). The mass spectrometer must be compatible with a variety of commercially available LC pumps, autosamplers, manual injectors and detectors. The triple-quadrupole system shall have an advanced source housing hosting interchangeable APCI (Atmospheric Pressure Chemical Ionization) probe and ESI (Electrospray Ionization) probe. The source probe housing shall feature high temperature ceramic heaters for high flow characteristics and orthogonal spraying for improved robustness utilizing interchangeable ESI and APCI sprayer probes. Each probe must be coded for automated identification by the software/firmware of the host system. The APCI probe should be capable of flow rate compatibility f rom 50 m L/min to 3000 μL/min (without flow splitting), corona discharge current from -5 μA to +5 μA (user selectable), nebulizer gas f rom 0 to 90 psi (user selectable using zero grade air or nitrogen), and t urbo gas (GS2) f rom ambient to 750º Celsius and from 0 to 90 psi (user selectable, zero grade air or nitrogen). The ESI probe should be capable of ionization voltage from -4.5 kV to +5.5 kV (user selectable) and flow rate compatibility f rom 5 m L/min to 3000 m L/min (without flow splitting). In addition, the mass spectrometer shall contain at least a single thin aperture from atmosphere into the vacuum chamber, followed immediately by a high-efficiency RF-only ion guide for ion focusing and containment. This is followed by a high pressure RF quadrupole and a metal alloy quadrupole mass filter. A pre-filter is to be located between the RF quadrupole and the first mass filter to help further focus the ions. The instrument shall employ a high-pressure quadrupole linear accelerator collision cell with axial electric field ion acceleration technology following the first mass filter used for high efficiency MS/MS fragmentation. The second mass analyzer shall be of a gold-coated metal alloy quadrupole mass filter/linear ion trap design. The vacuum system shall have features to protect the instrument in the event of power failures. The instrument will have a built-in 10 port, 2 position switching valve capable of operating as an injector, diverter valve, or for column switching experiments and a built-in syringe pump for direct infusion of samples that is capable of delivering flow rates between 10 nL/min to over 10 mL/min. Both devices should have full software control. The system must allow for Q0 ion trapping and the mass range of the instrument shall be 5 to1800 m/z in Q1 and Q3 in RF/DC mode. The instrument will be able to switch from positive ion to negative ion mode and back to positive ion mode under continuous operation, saving the resulting positive and negative ion data to disc. In addition the system will perform the following functions: rapid scanning (2,400 amu/sec), alternate MS and CID/MS scanning capability for MW and structural information from a single injection, product ion scanning for structural elucidation, precursor ion and neutral loss scanning, automatic display of each experiment from a multi-experiment run (e.g. MS and CID/MS), data system control of ion path optics, and interface electronics and gas supplies to mass spectrometer and ion sources The sensitivity using the APCI probe in MRM mode on the transition m/z 609 to 195 on three repetitive 5 m L injections of the 10 pg/ m L reserpine solution at a flow rate of 1000 m L/min (30:70 water/acetonitrile 2mM ammonium acetate and 0.1% formic acid), 100 msec dwell (5 msec pause), unit mass resolution (0.6 – 0.8 amu FWHH) should be greater than 5x10 3 cps. The sensitivity using ESI in MRM mode on the transition m/z 609 to 195 on three repetitive 5 m l injections of the 10 pg/ m l reserpine solution at a flow rate of 200 m L/min (30:70 water/acetonitrile 2mM ammonium acetate and 0.1% formic acid), 200 msec dwell (5 msec pause), unit mass resolution (0.6 – 0.8 amu FWHH) should be greater than 1x10 4 cps. The system software, licensed by the original manufacturer, will have the following: a powerful library generation and search capability (searches based on mass and UV spectra at different fragmentation voltages and different polarities), contour plot display for mass and UV spectra, fragmentation interpretation tool module, completely automated quantitative data processing and reporting capabilities, direct and easy data transfer to popular word processing programs such as MicroSoft Ò Word, Excel, Power Point, etc; fully automated, customized data processing utilizing scripting; and include application specific software integrated with an MRM catalog with library. Documentation. Users manuals for the software system and all system components must be provided. Field service manuals must be provided for all components. Warranty. Supplier must provide a warranty period of 12 months from the date of installation. Field service and technical support. The supplier must offer field service for installation and instrument repair The supplier must offer technical support for training and consultation. Delivery/installation date. All components will be delivered within 30 days of purchase. System installation will be completed within 30 days of delivery. FOB Point Destination An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. FOB Point Destination. USDA-ARS-SOILS, 439 Borlaug Hall, 1991 Upper Buford Circle, St Paul, MN 55108. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Award will be made to the party whose quote offers the Best Value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement", 2) Past Performance and 3) Price. Technical Capability and Past Performance is significantly more important than price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the service offered meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Offerors shall include descriptive material, literature, brochures and other information, which demonstrates the capabilities of the offeror. Past Performance information to include recent and relevant contracts for the same or similar items (including contract numbers, points of contact with telephone numbers and other relevant information). Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-15, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov It is the offeror's responsibility to monitor the FedBizOpps website for any released amendments to the solicitation A standard commercial warranty on parts and workmanship is required. Offers are due by mail on or before September 9, 2009 by 2:00 pm (Central Standard Time - Local Prevailing Time in St Paul, MN), at USDA-ARS, ATTN: Randall Kiehne, 1551 Lindig Street, St Paul, MN 55108. For information regarding this solicitation, please contact Randall Kiehne Tel # (651) 649-5047, email: randy.kiehne@ars.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-63VY-S-09-0007/listing.html)
- Place of Performance
- Address: USDA-ARS-SOILS MANAGEMENT UNIT, 439 Borlaug Hall, 1991 Upper Buford Circle, St Paul, Minnesota, 55108, United States
- Zip Code: 55108
- Zip Code: 55108
- Record
- SN01923707-W 20090826/090825001513-7d620e9ecd550abc8cb0723ccb19584c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |